Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
MODIFICATION

R -- Source Sought for Nation-Wide Court Reporting Services

Notice Date
6/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
69-109E-1774
 
Archive Date
7/7/2010
 
Point of Contact
Stephanie M Goe,
 
E-Mail Address
goe.stephanie@dol.gov
(goe.stephanie@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI)/Sources Sought announcement is for informational and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this RFI/Sources Sought. The Department of Labor (DOL), on behalf of Wage Hour Division (WHD), intends to procure Nation-Wide Court Reporting Services using a small business concern set-aside. If at least two responsible HUB-Zone certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by June 22, 2010, the requirement will be solicited as a 100% set-aside for HUB-Zone certified small business concerns. If there are not two or more responsible and capable HUB-Zones that respond to this RFI then DOL will seek out two or more responsible and capable Small Disabled-Vet certified small businesses. If at least two responsible Small Disabled-Vet certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by June 22, 2010, the requirement will be solicited as a 100% set-aside for Small Disabled-Vet certified small business concerns. If there are not two or more responsible and capable Small Disabled-Vets that respond to this RFI then DOL will seek out two or more responsible and capable 8(a) certified small businesses. If at least two responsible 8(a) certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by June 22, 2010, the requirement will be solicited as a 100% set-aside for 8(a) certified small business concerns. If there are not two or more responsible and capable 8(a) certified small business concerns that respond to this RFI then DOL will seek out two or more responsible and capable small businesses. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUB Zone, Small Disabled-Vet, 8(a) or small business concern in NAICS code 561492 with a size standard of $7.0M are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to Stenography Services. Capability packages must not exceed 10 pages and must be submitted electronically. Small businesses are to outline their experiences in the following: Technical Capability and Past Performance. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code as part of your capability statement. A Labor Hour contract with Fixed Rates is anticipated. The anticipated period of performance will be September 16, 2010 - September 15, 2011 for the base year plus four option years. The place of performance will be at contractors site or various locations around the United States. A written Request for Proposal (RFP) will be posted on or about June 28, 2010. The RFP must be retrieved and downloaded from FedBizOps homepage at: www.fbo.gov. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Contractors are responsible for all costs for submitting their capability packages. The point of contact is Stephanie Goe and can be reached via email ONLY at goe.stephanie@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/69-109E-1774/listing.html)
 
Record
SN02181380-W 20100619/100618000202-8266955e8214ef29252947a1a993e13b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.